Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2026 SAM #8866
SOURCES SOUGHT

99 -- Aviation Climate Assessment Survey System (ACASS) Services

Notice Date
3/4/2026 3:38:49 PM
 
Notice Type
Sources Sought
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N00244-26-R-S004
 
Response Due
3/13/2026 11:59:00 PM
 
Archive Date
03/28/2026
 
Point of Contact
Yesica Lorena Burrill, Phone: 6195569627
 
E-Mail Address
yesica.l.burrill.civ@us.navy.mil
(yesica.l.burrill.civ@us.navy.mil)
 
Description
NAVSUP Fleet Logistics Center San Diego is seeking capable sources and industry input to provide Aviation Climate Assessment Survey System (ACASS) Administration and Support Services through a SeaPort NxG FFP task order. The period of performance shall include a one-year base period, followed by four (4) one-year option periods for a total period of performance of five (5) years if all option periods are exercised. This requirement is currently being met by N00244-21-C-0008 awarded to UNITED SUPPORT SERVICES. If interested in this opportunity, please submit a capability statement (no more than five (5) pages in length) demonstrating the ability, experience, and knowledge to provide the required services, and/or PWS feedback by 13 March 2026 at 11:59 PM PST. The Capability Statement and PWS feedback shall be submitted to Ms. Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil. A draft Performance Work Statement (PWS) is attached to this announcement and please include your business size, socioeconomic status, and cage code in your submission. For small business set-asides FAR clause 52.219-14, Limitations on Subcontracting, will apply. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two (2) or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14, either alone or in conjunction with other similarly situated entities. Please provide details regarding teaming arrangements, and if subcontracts are to be used, detail the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. This is a sources sought for market research purposes. The Government�s requirement may change at any time. DONOT submit proposals in response to this sources sought. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by a company for capability statement preparation or marketing efforts; therefore, any cost in response to this notice is not considered an allowable direct charge to the Government. Any questions regarding this announcement should be directed to Ms. Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/528ecb6740774ef0a82fedc74509012f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07734983-F 20260306/260304230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.